Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

NNC - Treatment & Disposal of Residual Waste and Operation and Management of Household Waste Recycling Centres

  • Cyhoeddwyd gyntaf: 22 Chwefror 2024
  • Wedi'i addasu ddiwethaf: 22 Chwefror 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-043bf8
Cyhoeddwyd gan:
North Northamptonshire Council
ID Awudurdod:
AA80787
Dyddiad cyhoeddi:
22 Chwefror 2024
Dyddiad Cau:
26 Gorffennaf 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Authority is seeking a suitably qualified and experienced supplier to provide services for the Treatment & Disposal of Residual Waste, in line with the requirements of the contract and detailed specification. In scope services comprise the acceptance and disposal of all contract waste (as defined in the contract) including any recycling, composting, processing, treatment, recovery and disposal of any residues therefrom.

The Authority intends that this will be an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition.

The contract will have a term of fifteen (15) years from 1 April 2025 with Authority only break options at the end of year 7 and year 10.

The value of this Lot has been calculated using an estimate average annual spend across the full term of £14,424,200 but this should not be taken as the budget figure for contract year 1.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

North Northamptonshire Council

The Cube, George Street

CORBY

NN17 1QG

UK

Person cyswllt: North Northamptonshire Procurement Team

Ffôn: +44 3001263000

E-bost: procurement@northnorthants.gov.uk

NUTS: UKF25

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.northnorthants.gov.uk

Cyfeiriad proffil y prynwr: https://in-tendhost.co.uk/nnc/aspx/Home

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://in-tendhost.co.uk/nnc/aspx/Home


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://in-tendhost.co.uk/nnc/aspx/Home


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://in-tendhost.co.uk/nnc/aspx/Home


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

NNC - Treatment & Disposal of Residual Waste and Operation and Management of Household Waste Recycling Centres

Cyfeirnod: NNC00000342

II.1.2) Prif god CPV

90500000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

North Northamptonshire Council (the "Authority") is seeking one or more suitably qualified and experienced suppliers to deliver the following services: (1) Treatment & Disposal of Household Waste; and (2) Operation and Management of Household Waste Recycling Centres. The scope of these services is further detailed in the procurement documents made available on publication of this notice and in the Lot specific descriptions further below.

Bidders should note that the scope of the services may change during the life of the eventual contracts(s). Where the nature of any change is known at this time then the Authority has detailed this in the procurement documents.

This procurement is being undertaken using a competitive dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 and the Authority's own Contract Procedure Rules.

The procurement is divided into three (3) Lots as follows:

Lot 1: Treatment & Disposal of Residual Waste ("Residual Service");

Lot 2: Operation and Management of Household Waste Recycling Centres ("HWRC Service"); and

Lot 3 - Treatment & Disposal of Residual Waste and Operation and Management of Household Waste Recycling Centres.

The Authority intends to award a separate contract for each of the Residual Service and the HWRC Service even if the same supplier is selected for Both Services.

Lot 3 has been included as an optional Lot not to provide a combined service under a single contract but to enable a bidder bidding for both Lots to identify the financial saving or discount that would apply should they be appointed as the contractor for both services.

Further detail on the approach to managing the Lots during the procurement process is set out in the procurement documents. For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services.

Bidders may submit for either or both of Lot 1 and Lot 2. A bidder may only submit for Lot 3 where they have submitted for both Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2.

Final award will be made in accordance with the award criteria and evaluation approach set out in the procurement documents. If Lot 3 is awarded then Lots 1 and 2 will not be awarded (and vice versa).

The Authority will apply the selection criteria outlined in the procurement documents to limit the number of bidders taken through to the dialogue stage as further detailed below and in the procurement documents.

The Authority does not intend to reduce the number of bidders down during the dialogue stage by apply the award criteria.

All estimated values referred to in this notice exclude VAT and indexation.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 255 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Treatment and Disposal of Residual Waste

II.2.2) Cod(au) CPV ychwanegol

90510000

II.2.3) Man cyflawni

Cod NUTS:

UKF25


Prif safle neu fan cyflawni:

North Northamptonshire

II.2.4) Disgrifiad o’r caffaeliad

The Authority is seeking a suitably qualified and experienced supplier to provide services for the Treatment & Disposal of Residual Waste, in line with the requirements of the contract and detailed specification. In scope services comprise the acceptance and disposal of all contract waste (as defined in the contract) including any recycling, composting, processing, treatment, recovery and disposal of any residues therefrom.

The Authority intends that this will be an exclusive arrangement for all in scope contract waste subject to certain rights of the Authority and exclusions under the contract (including relating to performance). No guarantee is given on tonnage or composition.

The contract will have a term of fifteen (15) years from 1 April 2025 with Authority only break options at the end of year 7 and year 10.

The value of this Lot has been calculated using an estimate average annual spend across the full term of £14,424,200 but this should not be taken as the budget figure for contract year 1.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 216 363 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 180

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The Authority intends to invite six (6) potential suppliers to the dialogue stage. The potential suppliers invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring potential suppliers in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than six (6) potential suppliers being taken forward - and in the event that there are fewer than six (6) potential suppliers meeting the Authority's requirements.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

As noted above, the Authority will have break options

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

This lot is being undertaken using a Competitive Dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 (as amended) and the Council's own Contract Procedure Rules.

Rhif y Lot 2

II.2.1) Teitl

Operation and Management of Household Waste Recycling Centres

II.2.2) Cod(au) CPV ychwanegol

90512000

90514000

90530000

II.2.3) Man cyflawni

Cod NUTS:

UKF25


Prif safle neu fan cyflawni:

North Northamptonshire

II.2.4) Disgrifiad o’r caffaeliad

The Authority is seeking a suitably qualified and experienced supplier to provide services for the Operation and Management of Household Waste Recycling Centres ("HWRCs") in North Northamptonshire, in line with the requirements of the contract and detailed specification. In scope services comprise the management, storage, segregation, sale, removal and transportation of all contract waste arising from the provision of the service (including interaction with the Authority's residual waste contract) maximising opportunities to move waste up the Waste Hierarchy.

There are currently four HWRCs in North Northamptonshire and further detail can be found in the procurement documents.

No guarantee is given on tonnage or composition.

The contract will have a term of fifteen (15) years from 1 April 2025 with Authority only break options at the end of year 7 and year 10.

The value of this Lot has been calculated using an estimate average annual spend across the full term of £2,575,800 but this should not be taken as the budget figure for contract year 1.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 38 637 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 180

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The Authority intends to invite four (4) potential suppliers to the dialogue stage. The potential suppliers invited will be those who have passed all Pass/Fail elements of the SQ and are the highest scoring potential suppliers in respect of the scored questions further detailed in the SQ. The SQ details the rules that will apply in the event that there are bidders on tied scores - these rules may result in more than four (4) potential suppliers being taken forward - and in the event that there are fewer than four (4) potential suppliers meeting the Authority's requirements.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

As noted above, the Authority will have break options

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

This lot is being undertaken using a Competitive Dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 (as amended) and the Council's own Contract Procedure Rules.

Rhif y Lot 3

II.2.1) Teitl

Treatment & Disposal of Residual Waste AND Operation & Management of Household Waste Recycling Centres

II.2.2) Cod(au) CPV ychwanegol

90510000

90530000

II.2.3) Man cyflawni

Cod NUTS:

UKF25


Prif safle neu fan cyflawni:

North Northamptonshire

II.2.4) Disgrifiad o’r caffaeliad

The Authority intends to award a separate contract for each of the Residual Service and the HWRC Service even if the same supplier is selected for both services.

Lot 3 has been included as an optional Lot not to provide a combined service under a single contract but to enable a bidder bidding for both Lot 1 and 2 to identify the financial saving or discount that would apply should they be appointed as the contractor for both services.

The scope of the services procured under Lot 3 is the same as Lot 1 and Lot 2 as further detailed in the procurement documents.

For the avoidance of doubt, the Authority has not designed this procurement with the intention that the same bidder must be successful for both services.

A bidder may only submit for Lot 3 where they have submitted for both Lot 1 and Lot 2 or they have submitted for only one of Lot 1 or Lot 2 but are submitting a joint bid for Lot 3 with another bidder who has bid for the other of Lot 1/Lot 2.

Each contract will have a term of fifteen (15) years from 1 April 2025 with Authority only break options at the end of year 7 and year 10.

The value of this Lot has been calculated using an estimate average annual spend across the full term of £17 million for both contract (being the sum of the amounts for Lot 1 and Lot 2) but this should not be taken as the budget figure for contract year 1.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 255 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 180

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

The Authority intends to invite only potential bidders who have qualified for both Lot 1 and Lot 2 and who have also submitted a Lot 3 request to participate to the dialogue stage for Lot 3. Lot 3 potential bidders will pre-qualify for this Lot 3 on the basis that they have pre-qualified for each of Lot 1 and Lot 2. The SQ further details the rules that will apply here. These may result in more than four (4) potential bidders being taken forward where this is the outcome of Lot 1 and Lot 2 shortlisting and as a result of any consortium or joint venture proposals.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

As noted above, the Authority will have break options under each contract

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

This lot is being undertaken using a Competitive Dialogue process, in accordance with the relevant requirements of the Public Contracts Regulations 2015 (as amended) and the Council's own Contract Procedure Rules.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

The successful Supplier(s) must retain appropriate permits or relevant exemptions for their facility and operations throughout the Contract term.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The contract must be delivered in accordance with the standards set out in the procurement document suite, particularly the Specification, all supporting documents (i.e., annexes, schedules, etc.) and the terms & conditions.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Deialog Gystadleuol

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 26/07/2024

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 30/08/2024

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Between eighteen (18) and twenty-four (24) months prior to the Contract End Date (subject to any extension options taken).

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of England and Wales

Royal Court of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

North Northamptonshire Council will incorporate a minimum 10 (ten) calendar days standstill period at the point of notification of the decision to award the Contract. The decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a Supplier did not meet any specification, the identity of the successful Supplier(s) and a precise statement of when the standstill period is expected to end.

The Public Contracts Regulations 2015 set out the potential remedies available to a bidder in the event of a challenge. Proceedings must be brought in accordance with those Regulations including the time period for challenge - usually thirty (30) days from actual or constructive knowledge but which can be extended by the Court in certain circumstances.

VI.5) Dyddiad anfon yr hysbysiad hwn

21/02/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90510000 Gwaredu a thrin sbwriel Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff
90514000 Gwasanaethau ailgylchu sbwriel Gwaredu a thrin sbwriel
90512000 Gwasanaethau cludo sbwriel Gwaredu a thrin sbwriel
90500000 Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol
90530000 Gweithredu safle sbwriel Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@northnorthants.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.